Section one: Contracting authority
one.1) Name and addresses
Lancashire Teaching Hospitals NHS Foundation Trust
4 Lytham Road, Fulwood
Preston
PR2 8JB
Contact
Matthew Farmer
pathologyprocurement@elht.nhs.uk
Country
United Kingdom
Region code
UKD45 - Mid Lancashire
Internet address(es)
Main address
https://www.lancsteachinghospitals.nhs.uk/
Buyer's address
https://www.lancsteachinghospitals.nhs.uk/
one.1) Name and addresses
East Lancashire NHS Hospitals Trust
Royal Blackburn Hospital, Haslingden Road
Blackburn
BB2 3HH
Country
United Kingdom
Region code
UKD4 - Lancashire
Internet address(es)
Main address
Buyer's address
https://health-family.force.com/s/Welcome
one.1) Name and addresses
Lancashire Teaching Hospitals NHS Foundation Trust
Royal Preston Hospital, Sharoe Green Ln, Fulwood,
Preston
PR2 9HT
Country
United Kingdom
Region code
UKD4 - Lancashire
Internet address(es)
Main address
https://www.lancsteachinghospitals.nhs.uk/
Buyer's address
https://health-family.force.com/s/Welcome
one.1) Name and addresses
University Hospitals Morecambe Bay NHS Foundation Trust
Westmorland General Hospital, Burton Road,
Kendal
LA9 7RG
Country
United Kingdom
Region code
UKD - North West (England)
Internet address(es)
Main address
Buyer's address
https://health-family.force.com/s/Welcome
one.1) Name and addresses
Blackpool Teaching Hospitals NHS Foundation Trust
Blackpool Victoria Hospital, Whinney Heys Road
Blackpool
FY3 8NR
Country
United Kingdom
Region code
UKD4 - Lancashire
Internet address(es)
Main address
Buyer's address
https://health-family.force.com/s/Welcome
one.2) Information about joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law
Procurement is conducted under English law
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://health-family.force.com/s/Welcome
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Managed Pathology Services
Reference number
C220710
two.1.2) Main CPV code
- 85111800 - Pathology services
two.1.3) Type of contract
Services
two.1.4) Short description
Provision of Managed Pathology Services for Lancashire & South Cumbria
two.1.5) Estimated total value
Value excluding VAT: £500,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85111800 - Pathology services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
The Lancashire and South Cumbria Pathology Service (The Service), as the collaborative pathology service of Lancashire Teaching Hospitals NHS Foundation Trust (LTH), East Lancashire Hospitals NHS Trust (ELHT), Blackpool Teaching Hospitals NHS Foundation Trust (BTH) and University Hospitals Morecambe Bay NHS Foundation Trust (UHMB) are notifying the market of our intention to undertake a procurement exercise to be conducted under the Procurement Act 2023, following the competitive flexible procedure to select a primary managed service provider to supply the services’ Pan Pathology Managed Service.
The Service also gives notification that it intends to undertake preliminary market engagement prior to the procurement, to assist with scope and future service modelling.
The future contract will be hosted on behalf of the service by Lancashire Teaching Hospitals NHS Foundation Trust (LTH).
The future procurement exercise is intended to result in a managed service which provides a flexible, quality and patient focused innovative service in line with best practice ensuring The Service meets the needs of its patients.
The Service is looking to partner with a primary provider to:
• underpin the ambition of The Service as an exemplar Pathology Service now and in the future
• keep pace and evolve with the rapidly changing dynamics of delivering Pathology Services
The procurement exercise is intended to find a provider who will:
• Provide a state-of-the-art solution which can support the requirements today and in the future ensuring there is flexibility to adopt innovative solutions during the term of the contract;
• Provide a solution that meets the quality and speed of testing required by our patients and clinicians and which meets local and national turnaround times;
• Deploy and expand Point of Care testing in hospitals and primary care and self-testing at home;
• Facilitate cross site working and consistent processes to allow flexibility across The Collaborative;
• Support the transformational plans across the trusts, offering the flexibility of solution to support any consolidation of testing between laboratories;
The intended outcome of the procurement exercise is to contract with a Primary Provider who agrees to the contract evolving during its life. This will require on-going assessment, implementation of innovative changes and collaborative working with the provider and potential sub-contractors over the life of the contract. The way the service looks at the end of the contract will likely be very different to the initial implementation.
The Service is using the Health Family Atamis e-tendering portal to conduct the procurement process (the "e-Tendering Portal"). The e-Tendering Portal can be accessed via the link: https://health-family.force.com/s/Welcome . All communications (including submission of Tenders) should be carried out via the e-Tendering Portal. The procurement documents are available for unrestricted full direct access, free of charge via the e-Tendering Portal.
two.2.5) Award criteria
Price
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of expressions of interest
Date
11 December 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court and Court of Appeal of England and Wales
Strand
London
WC2A 2LL
internationalrelationsjudicialoffice@judiciary.uk
Country
United Kingdom